Tender

DDP122 Measured Term Contract for Maintenance of Derbyshire Dales District Council Buildings

  • Derbyshire Dales District Council

F02: Contract notice

Notice identifier: 2023/S 000-017099

Procurement identifier (OCID): ocds-h6vhtk-03d6c9

Published 15 June 2023, 6:00pm



The closing date and time has been changed to:

28 July 2023, 10:00am

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Derbyshire Dales District Council

Town Hall, Bank Road

Matlock

DE4 3NN

Contact

Mrs Ellena Outram

Email

Ellena.Outram@derbyshire.gov.uk

Telephone

+44 1629

Country

United Kingdom

Region code

UKF1 - Derbyshire and Nottinghamshire

Internet address(es)

Main address

https://www.derbyshiredales.gov.uk/

Buyer's address

https://www.derbyshiredales.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://procontract.due-north.com/Advert?advertId=a228b569-9c0b-ee11-8123-005056b64545&fromRfxSummary=True&rfxId=c6e251cb-9c0b-ee11-8123-005056b64545

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/Advert?advertId=a228b569-9c0b-ee11-8123-005056b64545&fromRfxSummary=True&rfxId=c6e251cb-9c0b-ee11-8123-005056b64545

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DDP122 Measured Term Contract for Maintenance of Derbyshire Dales District Council Buildings

Reference number

DN674993

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

Nature and Scope of Works

The contract comprises the repair and maintenance of the fabric, finishes and services, including minor works at properties within the charge of the Employer, within the area indicated in the tender documents may be ordered by the Contract Administrator during the contract period.

The type of maintenance and repair work will range from emergency repairs to routine and non-urgent work, which could include minor improvements.

The types of properties upon which the work will be carried out are mainly traditional buildings both old and new, some of which may be listed under the planning regulations and a number of temporary buildings.

Lots

The contract comprises of four lots*:

• Lot 1 – Legionella Testing and Control

• Lot 2 – Electrical Repairs and Maintenance

• Lot 3 - Building Repairs and Maintenance

• Lot 4 – Mechanical Repairs and Maintenance

*Bidders may bid for one or more lots.

two.1.5) Estimated total value

Value excluding VAT: £715,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Legionella Testing and Control

Lot No

1

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF1 - Derbyshire and Nottinghamshire

two.2.4) Description of the procurement

SCOPE OF WORKS

The scope of this lot includes all works set out in Appendix B Price Schedule Lot 1 Legionella Testing and Control inclusive of:

• Scheduled testing and maintenance to ACOP L8;

• Responsive Works and Maintenance, as required.

two.2.5) Award criteria

Quality criterion - Name: Response to Specification technical/Quality / Weighting: 30

Quality criterion - Name: Climate Change/Sustainability / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £40,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Contract shall be for an initial period of 2 year commencing November 2023, with the option to extend for up to 3 further 1-year periods up to a maximum of 5 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Electrical Repairs and Maintenance

Lot No

2

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF1 - Derbyshire and Nottinghamshire

two.2.4) Description of the procurement

SCOPE OF WORKS

The scope of this contract includes:

• Planned Preventative Maintenance

• Responsive Works and Maintenance

• Health and Safety

two.2.5) Award criteria

Quality criterion - Name: Response to Specification (Technical / Quality) - / Weighting: 30

Quality criterion - Name: Climate change/sustainability / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £150,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Contracts shall be for an initial period of 2 year commencing November 2023, with the option to extend for up to 3 further 1-year periods up to a maximum of 5 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Building Repairs and Maintenance

Lot No

3

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF1 - Derbyshire and Nottinghamshire

two.2.4) Description of the procurement

SCOPE OF WORKS

The scope of this contract includes:

• Planned Preventative Maintenance

• Responsive Works and Maintenance

two.2.5) Award criteria

Quality criterion - Name: Response to Specification (Technical / Quality) / Weighting: 30

Quality criterion - Name: Climate change/sustainability / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £300,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Contracts shall be for an initial period of 2 year commencing November 2023, with the option to extend for up to 3 further 1-year periods up to a maximum of 5 years

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Mechanical Repairs and Maintenance

Lot No

4

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKF1 - Derbyshire and Nottinghamshire

two.2.4) Description of the procurement

The scope includes:

• Planned Preventative Maintenance

• Responsive Works, Repairs and Maintenance as required

two.2.5) Award criteria

Quality criterion - Name: Response to Specification (Technical / Quality) - / Weighting: 30

Quality criterion - Name: Climate change/sustainability / Weighting: 10

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £225,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

Contracts shall be for an initial period of 2 year commencing November 2023, with the option to extend for up to 3 further 1-year periods up to a maximum of 5 years.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documents

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per tender documentation

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Originally published as:

Date

14 July 2023

Local time

10:00am

Changed to:

Date

28 July 2023

Local time

10:00am

See the change notice.

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

14 July 2023

Local time

10:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

Derbyshire Dales District Council

Town Hall, Bank Road

Matlock

DE4 3NN

Email

ellena.outram@derbyshire.gov.uk

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

The Council will incorporate a minimum 10 calendar days (or 15 if non-electronic or fax

methods used) standstill period at the point information on the award of the contract is

Page 8 to 8

communicated to the relevant economic operators. Debriefing by the Council shall be in

accordance with the Public Contracts Regulation 2015 (as amended) 5 / 5 (the

Regulations). Such information should be requested from the addressee in Section 1.1). If an

appeal regarding the award of the contract has not been successfully resolved the

Regulations provide for the aggrieved parties who are of the opinion that they have been

harmed or are at risk of harm by a breach of the Regulations, to take action in the High Court

(England, Wales and Northern Ireland). Any such action must be brought as soon as

possible.